Loading...
HomeMy WebLinkAboutContract 13083 �............ jo ....... ......"I" N" or WMEF/ wAl ....... ........ X/M aw) ith I.............. r�15 IA� ........... /M /M /M ME ,w/l////,/!'l ME ,ra/m/ A A �awffll/l IFIC/l/kim" /M 'IMP17 NEMESIS! City of Fort Worth, Texas Mayor and Council Communication * DATE REFERENCE SUBJECT: Relief for La Valle Grande and FAGr NUMBER 4/12/83 **C-6841 Friars Square Addition Iof On August 25, 1981 (M&C C-5836), the City Council authorized the City Manager to execute City Contract No. 11981 between the City and Graham Associates, Inc., to perform an engineering study and design required for flooding relief. Construction funding for the project was later authorized as part of the 1982-84 Capital Improvement Program. Improvements Improvements from this project will come in the form of storm drain systems. Facilities will pick-up storm water at selected intersections and route the water around congested downstream systems and outfall the water outside of the sub-division. Extra capacity will be provided by upgrading a portion of the interior drainage system. The storm drain facilities consist of 2,805 feet of concrete pipe and appurtenances. Receipt of Bids The project was advertised for bids on March 3 and 10, 1983, and the following bids were received on March 24, 1983, with 55 working days allotted to complete the project. Bidder Amount Stolaruk Corp. $301,648.15 Lanzo Construction Co. 318,278.00 Lewis and Lewis, Inc. 327,295.25 L. D. Conatser Contractors 345,534.25 Hall Construction Co., Inc. 347,140.00 J. L. Bertram Construction, Inc. 374,429.85 Atkins Bros. Equipment Co., Inc. 389,700.00 Project Cost and Financing The nature of this project is such that no assessments will be levied. A bond fund transfer to cover construction costs is required from "Storm Drains Unspecified" to supplement funds already in the project account . City testing, inspection and administrative costs will require a bond fund transfer from "Engineering Unspecified" account to meet these expenses. Recommendations It is recommended that: 1) The following bond fund transfers be approved: DATE REFERENCE SUBJECT: Award of Contract - Storm ra n PAGE NUMBER Relief for La Valle Grande and 2 2 4/12/83 **C- 6841 Friars Square Addition _—._o(_.__.. From To Amount Reason 030-028-901-00 030-028803-00 $ 3,000 To supplement construc- Storm Drains La Valle Grande tion funds in the pro- Unspecified and Friars Sq. ject account. Storm Drain 013-095-901-00 013-028803-00 $15,000 To finance City inspec- Engineering La Valle Grande tion, testing and admin- Unspecified and Friars Sq. istrative costs. Storm Drain 2) A construction contract be awarded to Stolaruk Corp., based on their low 1 bid in the amount of $301,648.15. DAl:d,j SUBMITTED FOR THE CITY MANAGER'S �{ /�/ DISPOSITION BY COUNCIL: PROCESSED BY OFFICE BY: (.J (i( ❑ APPROVED ORIGINATING ❑ OTHER (DESCRIBE) DEPARTMENT HEAD: Gary Santerre CITY SECRETARY FOR ADDITIONAL INFORMATION CONTACT: ,Jim Anderson EXt, 7906 DATE SPECIFICATIONS and CONTRACT DOCUMENTS or for CONSTRUCTION OF STORM SEWER RELIEF for LAVALLE GRANDE and FRIAR'S SQUARE IM-ft SUBDIVISIONS in the CITY OF FORT WORTH, TEXAS PROJECT NO. 013-28-803 PIP FILE NO. S-1145 pp r. ROBERT BOLEN ROBERT L. HERCHERT MAYOR CITY MANAGER 11V Prepared By: GRAHAM ASSOCIATES, INC. CONSULTING ENGINEERS and PLANNERS 6737 Brentwood Stair Road Suite 136 Fort Worth, Texas 76112 (817) 654-2271 IFFF l%l l 1. II[, TABLE OF CONTENTS PP 1 1. Index to Drawings in Contract I ; 2. Notice to Bidders 3. Special Instructions to Bidders i Y" 4. Prevailing Wage Rates for Streets, Drainage and Utility Construction lr 5. Proposal r'r,; 6. Soil Borings Log R f 7. Provisions V/ 8. City of Fort Worth Certificate of Insurance I 9. City of Fort Worth Payment Bond 10. City of Fort Worth Performance Bond 11. Contract I% 'rt 1 1 r Jf; J f INDEX OF DRAWINGS IN CONTRACT PIP r DESCRIPTION SHEET Cover Sheet 1 l Drainage Area Map 2 Relief Main for Castillo Road 3 Relief Main for Hitson Lane 4-6 r% Details 7 R.O.W. and Easement Map 8 POP i P r l F J F rNOTICE TO BIDDERS Sealed proposals for the following: CONSTRUCTION of STORM SEWER RELIEF for LaValle Grande and Friar's Square IV Subdivisions in the City of Fort Worth, Texas PROJECT NO. 013-28-803 Addressed to: Mr. Robert L. Herchert, City Manager of the City of Fort Worth, r; Texas, will be received at the office of the City Manager until 11:00 A.M. March 24, 1983 and then publicy opened and read aloud. Plans, Specifications and Contract Documents for this project may be obtained at the office of the Public Works Director, Municipal Office Building, 1000 %. Throckmorton Street, Fort Worth, Texas 76102. A twenty dollar ($20.00) deposit ` is required for the first set of documents and additional sets may be obtained on a non-refundable basis for twenty dollars ($20.00) for each set. These documents contain additional information for the prospective bidders. All bidders will be required to comply with Provision 5159A of "Vernon's Annotated ��. Civil Statutes of the State of Texas" with respect to the payment of prevailing wage rates and City Ordinance No. 7278 as amended by City Ordinance No. 7400 (City of Fort Worth Code Sections 13-A-21 through 13-A-29) prohibiting discrimination in employment practices. The City reserves the right to reject any and/or all bids and waive any and/or all formalities. No bid may be withdrawn until the expiration of forty-five (45) days from the date bids are opened. A pre-bid conference is scheduled for 10:30 A.M. , March 16, 1983 P9 in the Public Works Conference Room on the 2nd Floor of the Fort Worth Municipal Building, 1000 Throckmorton Street, Fort Worth, Texas. YRobert L. Herchert City Manager I City Secretary I� Advertising Dates: March 3, 1983 March 10, 1983 Fort Worth, Texas IF t 1 SPECIAL INSTRUCTIONS TO BIDDERS 1 . BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of not less than five (50) per cent of the largest possible total of the bid submitted must accompany the bid, and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. 2. PAYMENT BOND AND PERFORMANCE BOND: The Contractor will be required to make a payment bond and a performance bond of not less than one hundred (100%) percent of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying the labor or fur-nishing the materials used on this project. J 3. PENALTIES AMENDMENT: The Contractor's attention is called to Part 1, Item 8, Paragraph 8.6 of the "GeneralProvisions" of the Standard Specifications for Construction of the City of Fort Worth, Texas, concerning penalties for late completion of projects. The table of financial penalties has been changed to read as follows: ll r� Amount of Contract Liquidated Damages Per Day $ 15,000 or less $ 45 1' $ 15,001 to $ 25,000 $ 63 $ 25,001 to $ 50,000 $ 105 $ 50,001 to $ 100,000 $ 154 $ 100,001 to $ 500,000 $ 210 $ 500,001 to $1 ,000,000 $ 315 $ 1,000,001 to $2,000,000 $ 420 $ 2,000,001 to $5,000,000 $ 630 V; $ 5,000,001 to $10,000,000 $ 840 Over $10,000,000 $ 980 4. AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal , the City reserves the right to adopt the most advantageous construction thereof to the City or to reject the proposal . IN, S. WAGE RATES: Not less than the prevailing wage rates established by the City Fort Worth, Texas, and set forthin the Contract Documents must I, be paid on this project. Ilk, 6, FINANCIAL STATEMENT: A current certified financial statement may be required by the Public Works Director if required for use by the City of Fort Worth in determining the successful bidder. This statement, if required, is to be prepared by an independent Certified Public Accountant or appropriate State Licensing Agency. 1' CITY OF FORT WORTH , TEXAS Prevailing Wage Rates for Streets , Drainage and Utility Construction December 16, 1982 (Effective for Projects Advertised on or after February 1, 1983) Prevailing Prevailing Classification Rate Classification Rate Air Tool Man $ 5.00 Crane,Clamshell, Backhoe ,Derric k $ ► ne Asphalt Raker 6.25 Dra li Shovel (1 1/2 CY & Over) 8.00 f?, p Drag line , Asphalt Shoveler 5.50 Form Loader 7.25 Batching Plant Scaleman 6.80 Foundation Drill Operator Carpenter Rough 7.00 Truck Mounted 8.50 Carpenter Helper, Rough 5.75 Front End Loader (2 1/2 CY & Less) 6.50 Concrete Finisher (Paving) 7 .45 Front End Loader (Over 2 1/2 CY) 7.25 Concrete Finisher Helper Mixer (Over 16 CF) 8.00 (Paving) 5.50 Mixer (Concrete Paving) 7.75 Concrete Finisher (Strs. ) 7.35 Motor Grader Operator (Fine Grade) 8.00 oncrete Finisher Helper Motor Grader Operator 7.15 Strs . )w 5.50 Roller, Steel Wheel (Plant Mix Electrician 9.75 Pavements) 6.00 Electrician Helper, Senior 7.50 Roller, Steel Wheel (Other Electrician Helper , Junior 6.50 Flatwheel or Tamping) 6.00 Form Builder (Strs . ) 7.00 Roller, Pneumatic 'Self-Propelled 5.50 Form Builder helper (Strs. ) 5.75 Scrapers (17 CY or Less) 6.45 Form Liner (Pvg. & Curb) 7.00 Scrapers (Over 17 CY) 7.15 Form Setter (Pvg. & Curb) 6.70 Tractor (Crawler Type) Form Setter Hlpr. (Pvg.& Curb) 5.75 150 HP and Less 6.00 Form Setter (Stns .) 7.10 Tractor (Crawler Type) Form Setter Helper (Strs. ) 5.65 Over 150 HP 7.25 Laborer, Common 4.50 Tractor (Pneumatic) 80 HP and Less 5.75 Laborer, Utility Man 5.00 Tractor (Pneumatic) Over 80 HP 6.85 Mechanic 8.00 Wagon-Drill or Boring Machine or Mechanic Helper 5.50 Post Hole Driller Operator 6.50 Oiler 6.35 Reinforcing Steel Setter (paving) 5 .00 � : irviceman 6.00 Reinforcing Steel Setter rile Driver Man 5.45 (Structures) 7.20 Pipe Layer 6.40 Reinforcing Steel Setter Helper 4.50 Pipe Layer Helper 5.25 Steel Worker (Structural ) 6.50 Spreader Box Man 5.50 POWER EQUIPMENT OPERATORS: TRUCK DRIVERS: Aspalt Distributor 6.00 Single Axle, Light 5.50 Asphalt Paving Machine 7.25 Single Axle, Heavy 6.00 pp Bulldozer, 150 HP & Less 6.50 Tandom Axle or Semi-Trailer 5.80 I Bulldozer, Over 150 HP 7.25 Lowboy - Float 6.45 Concrete Paving Curing Machine 7.00 Transit Mix 6.00 Concrete Paving Finishing Winch 6.15 Machine 7.25 Welder 7.50 Concrete Paving Joint Sealer 5.50 Concrete Paving Saw 6.50 P Concrete Paving Spreader 7 .25 Crane, Clamshell , Backhoe, Derrick, Dragline, Shovel, (Less than 1 1/2 CY) 6.95 y PART B - PROPOSAL (This Proposal must not be removed from this book of Contract Documents.) TO: MR. ROBERT L. HERCHERT, CITY MANAGER FORT WORTH, TEXAS CITY OF FORT WORTH March 24, 1983 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102 II PROPOSAL FOR: The furnishing of all materials, equipment and labor for the construction of storm drainage line, inlets and channels, and all necessary appurtenances and incidental work to provide a complete and serviceable project IV, designated as: Ij STORM SEWER RELIEF for LAVALLE GRANDE and FRIAR'S SQUARE SUBDIVISIONS FORT WORTH STORM DRAINAGE PROJECT NO. PIP 013-28-803 Pursuant to the foregoing "'Notre to Bidders" the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, and the General Contract Documents and Standard Specifications for Public Works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby propose to do all the work, furnish all labor, equipment and material which is necessary to fully complete the work as providedih the Plans and Contract Documents and subject to the inspection and approval of the Director of Public Works of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and other such bonds, if any, as may be required by the Contract Documents for the pefforming and completing of the said work. Contractor proposes to do the work within the time stated for the following prices: Furnish and install , including all appurtenant work, complete in place, the pp� following items: i PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1. 1,160 L.F. 45" Cl . III Reinf. Concrete pipe, Spec. Item 440, and Special Provisions @ P Dollars & „ , Cents Per $ .. ... $ „- �"� , 00 9I L.F. I, PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 2. 940 L.F. 45" RCP, Class IV, Reinforced Concrete Pipe, Spec. Item 440, and Special Provision, @ Dollars & -zz-" Cents Per 3. 6300 S.Y. 2" HMAC Overlay from Meadowbrook Drive South to Van Natta Spec Item 312 @ Dollars & Cents Per $ D" 4. 18 L.F. 6" Sanitary Sewer Replaced with Ductile Iron Pipe and encased in concrete @ P Dollars & i 3c) u-C Cents $ ZV IMP IF PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 5 305 L.F. 4211 Cl . III Reinf. Concrete pipe, r Spec. Item 440, and Special Provisions @ ppp ,,e'u- Dollars & Cents Per $ $ -Z'C')' 7#A0. ..... L.F. 6 190 L.F. 2411 Cl. III Reinf. Concrete pipe, Spec Item 440, and Special Provisions dtl, Dollars q- 7 - C" Cents Per r $ Cf L.F. 7 209 L.F. 2111 Cl. III Reinf. Concrete pipe, Spec. Item 440, and Special Provisions "we....... —Dollars & Cents Per $ $ L.F. 1 EACH Std. 51 Square Stacked Manhole, Spec. Item 444, Dollars & 01 r.7' /1((")-() Cents Per $_Sw $ Each 9 1 EACH Std. Double 101 Curb Inlet, Spec Item 444, @ Dollars & w. Cents Per $ "Lol' 0 $ Each r V, t PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE B'ID 10. 1 EACH Modify Exist. 10' Inlet to double 10' Curb Inlet, Spec Item 444, @ i Dollars Cents Per z ", Each 11. LEACH Std. Type "B" Concrete Hdwl. for 45" RC Pipe, Spec. Item 410, @ Dollars & CDC 1 Cents Per $ILL � Each 12. 1 EACH 42" X 39" Eccentric Reducer @ 7r m Dollars & ,w R � Cents Per $ $ FFEach 13. 7,650 C.Y. french excavation and backfill, Stec. Item 402 @ Dollars $ INN, � � Cents Per C.Y. 14, 100 L.F. Remove 39" RCP. Spec Item 452, @ Dollars & „ ) w , � Cents Per $ $ f i 1 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT t; ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE $ID 15. 20 L.F. Remove 36" RCP, Spec Item 452, @ Dollars & f[/S � a Cents Per $ $ . L.F. 16. 195 L.F. Remove 33" RCP, Spec Item 452, @ Dollars fx Cents Per r I L.F. 17. 45 L.F. Remove 24: RCP, Spec Item 452, @ Dollars $ CDC Cents Per $ 18. 80 L.F. Remove 18" RCP, Spec Item 452, @ i a, Dollars $ " Cents Per L.F. 19. 1 EACH Remove Exist. Manhole, Spec Item 452, @ Dollars $ Cents Per $ 4 Each- i PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 20. 2 EACH Abandon Exist. Manhole @ '1,k' LWAA)".0".to�' Dollars F ° �. Cents Per Each 21. 2,000 S.Y. Remove existing base & H.M.A.C. pavement & replace, Spec Item 104, @ mom V Q"'1. w Ff i �. w� . Dollars T, Cents Per $ $ S.Y. 22. 125 C.Y. Compacted Fill, Spec Item 114, @ Dollars $ Cents Per � � Cubic Yard 23. 75 S.Y. Slope Protection, S.P. , @ -'T(k�k 1 1-..f Dollar s C"Z-) Cents Per S.Y.1 24, 11 EACH Remove Trees, Spec Item 102, @ 1' Dollars F, u, Cents Per EACH r _t PAY ,APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT t% I ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 25. 400 S.F. Remove existing drives and replace, Spec. Item 104 @ y Dollars & Iw° is µ Cents Per $ ."..� S.F. 9 26. 100 L.F. Remove existing curb and gutter and (: replace, Spec Item 104, @ Dollars & m Cents Per L.F. 27. 20 C.Y. Topsoil to be placed in front yards, per Spec Item 116, @ 1 Dollars & IF � ; .. : Cents Per $ $ C.Y. Zg LUMP SUM Utility adjustments, @ Three Thousand Dollars and No Cents per Lump Sum $3,000 $ 3,000.00 TOTAL AMOUNT BID $ is 1 i B-7 W PART B - PROPOSAL (Cont.) of This contract is issued by an organization which qualifies for exemption pursuant to the provisions of Article 20.4 (1) of the Texas Limited Sales, Excise and Use �7111�1 Tax Act . 11" The Contractor performing this contract may purchase, rent or lease all materials, 1111 supplies, equipment used or consumed in the performance of this contract by issuing to his supplier an exemption of certificate in lieu of the tax, said exemption certificate complying with State Comptroller's ruling #95-0.07. Any such exemption certificate issued by the Contractor in lieu of the tax shall be subject to the provisions of the State Comptroller's ruling #95-0.09 as amended to be effective October 2, 1968. The undersigned assures that all its employees and applicants for employment and those of any labor organization subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400 (Fort Worth City Code Sections 13-A-21 through 13-A29) . Copies of these ordinances are available at Public Works Dept. , City of Fort Worth, The undersigned agrees to complete all work covered by these contract documents within 55 working days from and after the date for commencing work as set forth in the written order to be issued by the owner, and to pay not less than the "Prevailing Wage Rates for Street, Drainage and Utility Construction" as established by the City of Fort Worth, Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the undersigned will execute the formal contract and will deliver an approved Surety Bond for the fai hf lu I performance, of this contract. The attached deposit check in the sum of ex J 11 RX?Ioeleli Dollars ($ is to become the property of the Kity of Fort Worth ol—the attached Bidder's Bond is to be forfeited in the event the contract and bond are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. A000" Respectfully submitted, ou'oml U"o Vice Presidvat (SEAL) If Bidder is corporation Address 7 DATE: Receipt is acknowledged of the following addenda: DALLAS, TEXAS 75261 Addendum No. I Addendum No. 2 Addendum No. 3 i PROPOSAL BID SUMMARY PAGE Y TO: Robert L. Herchert DATE: March 24 , 1983 City Manager Fort Worth, Texas Fort Worth, Texas �f FOR: STORM SEWER RELIEF for LAVALLE GRANDE and FRIAR'S SQUARE SUBDIVISION FORT WORTH STORM DRAINAGE PROJECT NO. 013-28-803 1 J'w TOTAL AMOUNT BID I i 1 T , LOG OF BORING NO. B-i LAVALLE GRANDE-FRIARS SQUARE STORM DRAIN FORT WORTH, TEXAS i ~ TYPE: Wash for log WCATIO": Sta. 6+00* CORE Z cc m _j a u a MATERIAL DESCRIP (QbL o °w o ° ,,, w ►- w Y d Z � � > G) to a 0 8 w SURFACE EL: 591 .2±* ¢ w Brown clayey sand Tan silty & sandy clay 5 Red 6 tan sandy clay 10 -more tan & red w/small gravel below 10 1/2' 15 Tan gray clay Ta � g Y Y 20 NOTE: Groundwater 9' r; 25 Y� *as staked E .recorded by City of Fort Worth I( 30 35 r 40 t 45 1 COMPLETION DEPTH: 18, DATE: 2-7-83 ^ . ` ` LOG OF BORING NO. B-2 LAVALLE GRANDE-FRIARS SQUARE STORM DRAIN FORT WORTH, TEXAS T',IPE: Wash for log LOc"DII:Sta. 8+00* CORE rL cc Brown clayey sand Red & tan clayey sand & sandy clay 10 Red, tan & gray clay w/iron ore OF Brown, red, tan & gray sandy clay NOTE: Some groundwater seepage observed *as staked & recorded by City of Fort Worth AI I/ COMPLETON DEPTH: 22' DATE: 2-7-83 LOG OF BORING NO. B-3 LAVALLE GRANDE-FRIARS SQUARE STORM DRAIN FORT WORTH, TEXAS rroE Wash for log LOCA"*: Sta. 10+00* If CORE Z cc 2� Ui UJ W MATERIAL DESCRIPTION 0 0 _j a. U. 0. Uj 0 CL a (n cc Uj LLJ LU Z > > 0 0 CC r SURFACE EL: 597.5±* cc w Asphalt pavement , approximately 511 I'M L It Red sandy clay 5 Iff Tan clayey sand w/iron ore Red & gray silty clay 10 Tan & gray sandy clay w/iron ore bands 15 20 Tan & gray clayey sand w/small gravel NOTE: Groundwater seepage @ 121 25 *as staked recorded by City of Fort Worth 30 rK 35 F 40 II 45 COMPLETION DEPTH: 221 DATE: 2-7-83 MAKER-SMIFLM.Wic J�I S r • ' i LOG OF BORING NO. B-4 LAVALLE GRANDE-FRIARS SQUARE STORM DRAIN FORT WORTH, TEXAS r. TYPE: Wash for log E°C"„T*N:- Sta. 13+50* t CORE Z cc G Z _ 0 Ui a a MATERIAL DESCRIPTION W 0 L o En o W a W } a a ~ 3. -' o l o vi in O tr L) SURFACE EL: 601 .3±* " it W D Asphalt pavement (approximately 5") Red & tan sandy clay ` 5 l Tan E gray sandy clay „ Light reddish tan sandy clay 10 Tan & gray sandy clay Y� 15 Red & tan sandy clay w/iron ore 20 Tan & gray clayey sand w/small gravel NOTE: Groundwater at 11 ' r` 25 *as staked & recorded by City of Fort Worth. 1<; 30 y 35 I` i 40 Vf 45 Jt, —7`$3 COMPLETION DEPTH: 20 1 DATE: 2 PART C - SPECIAL CONDITIONS C-1 GENERAL: Subject to modifications as herein contained, the Standard Specifications of the City of Fort Worth Public Works Department are made a part of the Contract Documents for this project. The Plans, these Special r Contract Documents, and the rules, regulations, requirements, instructions, drawings, or details referred to by manufacturer' s name, number of identification included therein as specifying, referring or implying product control, performance quality, or other shall be binding upon the Contractor. The specifications, and drawings shall be considered cooperative, therefore, work or material called for by one and not shown or mentioned in the other shall be accomplished or �K furnished in as faithful a manner as though required by all . r; The order or precedence in case of conflicts or discrepancies between the various parts of the Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow the guidelines listed below: � y 1. Plans 1 2. Special Contract Documents r; 3. General Contract Documents and General Specifications The following Special Conditions shall be applicable to this project and shall govern over any conflicts with the General Contract Documents under the provisions stated above. C-2 PROJECT DESIGNATION: Construction under these Special Documents shall be performed under the Fort Worth Public Works Department Designations: STORM DRAINAGE PROJECT NO. 013-28-803 C-3 LOCATION AND DESCRIPTION: The construction to be accomplished under this contract is designated as the facilities to be built under these Contract Documents composed of the construction of storm sewer relief for LaValle Grande and Friar's Square Subdivisions in the City of Fort Worth, Texas. The project consists of furnishing all materials, labor, and services required to provide a complete and functional installation together with all other appurtenant construction required for IF the project designated as STORM DRAINAGE PROJECT NO. 013-28-803. P C-4 WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor l at his own expense. C-5 EXISTING UTILITIES: The location and dimensions shown on the plans relative to existing utilities are based on the best information available. It shall be the Contractor's responsibility to verify locations of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. f` The Contractor shall take all necessary precautions in order to protect all services encountered. Any damage to utilities resulting from the Contractor's operations shall be restored at his own expense. r C-1 C-6 MISCELLANEOUS PLACEMENT OF MATERIAL: Material has been allocated under various bid itemsin the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending F upon field conditions. Payment for miscellaneous placement of material will be made for only that amount of material used, measured to the nearest one-tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract OPP Documents regardless of the actual amount used for the project. C-7 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered subsidiary item of work, the cost of which shall be included in the price bid in the Proposal for each bid item. Surface restoration and cleanup are general items of work which fall in the category of subsidiary work. C-8 LINES AND GRADES: Survey layout, horizontal and vertical alignments for construc- tion shall be furnished by the City of Fort Worth Public Works Department. IN C-9 INSPECTION: Inspection of the proposed construction will be provided by the City of Fort Worth Public Works Department . C-10 COORDINATION OF WORK: It shall be the responsibility of the Contractor to coordinate his work with any public or private utility, or other contractors engaged in installation of new o r adjustment of existing facilities on the project site. C-11 BARRICADES AND WARNING SIGNS: Barricades and warning signs shall be placed in accordance with the requirements of the City of Fort Worth Standard Specifications Y "Barricades and Warning and Detour Signs" and/or as directed by the Engineer. Construction of signing and barricades shall conform with "1980 Texas Manual on Uniform Traffic Control Devices, Volume No. 1 .11 C-12 CONSTRUCTION: The "Standard Specifications for Construction" shall govern this construction. The technical specifications, measurement, and payment on each pay item F shall be as detailed in the above "standard" except as amplified below on items not covered in the "standards" or on which special construction is required. C-13 EXCESS EXCAVATION: All excess excavation material shall be placed on site as IP; indicated on plans as affirmed by the Engineer. All material shall be placed in a manner as to present a neat appearance and to not obstruct proper drainage. C-14 SAFETY RESTRICTIONS - WORK NEAR HIGH VOLTAGE LINES: The following procedures will be followed regarding the subject item on this contract: 1. A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes derricks, power PIP shovels, drilling rigs, pile drivers, hoisting equipment , or similar apparatus. The warning sign shall read as follows: "Warning - Unlawful to Operate this Equipment Within Six Feet of High Voltage Lines." F r.-2 2. Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm, except backhoes or dippers, and insulator links on the �r lift hook connections. 3. When necessary to work within six feet of high voltage electric lines, notify the power company (Texas Electric Service Company) 1111F who will errect temporary mechanical barriers, de-energize the ' line, or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to Texas Electric Service Company and shall record action taken in each case. C-15 CLEANUP FOR FINAL ACCEPTANCE: The Contractor shall make a final cleanup of all parts of the work before acceDtance by the Owner or his representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and in general , preparing the site of the work in an orderly manner and appearance. Final acceptance of the completed work will be by the City of Fort Worth Public Works Department. C-16 MEASUREMENT AND PAYMENT: All pay items for this contract shall be measured and paid for as described in the "Standard Specifications for Construction", except as hereafter included or modified. Fir pill Wr gp l: l t r C-3 C-17 CITY'S RIGHT TO ABANDON PROJECT: The City reserves the right to abandon, without obligation to the Contractor, any part of the project, or the entire project, at any time before the Contractor Begins any construction work authorized by the City. C-18 INDEMNIFICATION: The Contractor agrees to fully indemnify and save whole and harmless, the City and/or owners of the units and lots abutting the Units in this Contract, from all costs or damages arising out of any real or asserted claim or cause of action against it of whatsoever kind or character and in addition, from any and all costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real or asserted, calimed against it that may be occasioned by any act, omission, neglect or misconduct of the said Contractor, his agents, servants, and employees. The Contractor further agrees to comply with all applicable laws, regulations, ordinances, buildings, and construction codes of the City of Fort Worth and the State of Texas, and with any regulations for the protection of workers which may be promulgated by the Government, -and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are necessary for said specifications and in the ordinanaces and regulations of said City. C-19 PROTECTION OF SURVEY REFERENCE PTS: Survey reference points have been placed at PC's and other locations which will be pointed out by the Engineer on this project. It shall be the Contractor's responsibility to avoid these reference points and not disturb them. Damages of $35 per reference point will be credited the Owner for each reference point destroyed. C-20 CONSTRUCTION SCHEDULE: Prior to construction it shall be the responsibility of the Contractor to furnish the Construction Engineer with a schedule defining the phases of construction and outlining the anticipated time each phase will begin and be com- pleted, inculding the sufficient time being allowed for cleanup. C-21 NON-PAY ITEM - SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specification Item 200, "Sprinkling for Dust Control" shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. C-22 PAY ITEM NO. 24 - REMOVING TREES: This item shall cover the removal and complete disposition of trees, shrubs, and bushes within the construction limits of this project which are so designated by the Engineer. Only those trees, as determined by the Engineer to be six (6) inches in diameter or larger, measured two (2) feet above the ground, being within the construction limits, and that are removed and siposed of, will be counted for payment under this item. Removal and disposition of trees smaller than six (6) inches in diameter, and of shrubs and bushes will be considered incidental to this item, and payment for same will be included in the unit price bid for removing trees. Burning of trees or any other material will not be permitted within the limits of the project. Jill C-23 PAY ITEM NO. 28 - 'UTILITY ADJUSTMENT: This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of a licensed plumber to make the utility determined necessary by the Engineer. No payment will be made for utility adjustments except those adjustments determined necessary by the Engineer. Should the Contractor damage service lines due to his negligence, where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. C-24 PAY ITEM NO. 25 STANDARD 6" REINFORCED CONCRETE DRIVEWAY: Standard Specification Item 504 shall apply except as herein modified. ON Driveway approaches shall be constructed of monolithically poured reinforced concrete. Concrete shall have a minimum compressive strength of twenty-five hundred (2,500) pounds per square inch at twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed four (4) inches. A minimum cement content of 4.5 sacks of cement per cubic yard of concrete is required. "Awl Reinforcement shall consist of No. 3 three-eights (3/8) inch diamater round bars placed not more than twenty-four (24) inches on center, both directions. Where steel is lapped, the lap shall be not less than fifteen (15) inches. No. 6 gauge wire fabric 6" X 6" mesh is an alternate reinforcement. The Engineer or his Designated representative is to be notified so that he may inspect the foundation, forms and reinforcing before concrete is poured. Concrete shall be thoroughly compacted with an open face tamper and struck off with a straight edge so that the Minimum thickness is six (6) inches. Concrete shall be free from honeycombing, rock pockets and segregation of ingredients. The surface may be worked with a wooden float intil a slight excess of sand appears or may be brushed after troweling in lieu of floating. In no case shall the surface be left slick or with a glossy finish. Exposed edges of driveway shall be rounded with an edger to a radius wr of one-half (1/2) inch. Driveways shall be protected from vehicular traffic for not less than six (6) days. r0l C-25 PAY ITEM NO. '26 - STANDARD CURB AND GUTTER: Standard Specifications Item No. 502 shall apply except as herein modified. C-26 FENCES: All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. Where wire fencing, either mesh or barbed wire is to be crossed, the Contractor shall set corss braced posts on either side of permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross braced posts at point of the proposed cuts in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected in place of the fencing removed whenever the work is not in progress and when the site is vacated overnight, and/or at all times to prevent livestock from entering the construction area. The cost, for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no spearate payment shall be allowed for any service associated with this work. C-27 BLASTING: Blasting shall be permitted on this project except where specified otherwise. Such blasting performed on this project shall be done in the manner approved by the Engineer. If the Contractor elects to use electrical detonators in his blasting operation, he shall maintain strict control to omit all electrical oscillators, such as radios, generators, etc. , away from the detonators for the distances prescribed in the referenced paragraph. �f The Contractor's attention is directed to the City's ordinances concerning blasting. ww These requirements will be enforced. C-28 TEST HOLES: The matter of subsurface exploration to ascertain the nature of the soils, including the amount of rock, if any, through which this pipeline insta- llation is to be made is the responsibility of any and all prospective bidders, and any bidder on this project shall submit his Bid under that condition. Whether prospective bidders perform this subsurface exploration jointly, or independently, and whether they make such determinations by the use of test holes or other means, shall be left to the discretion of such bidders. The City has made test holes boring in the limited areas for the use of its engineers, and these data are available to the prospective bidders as information only, these data are not shown on the plans, as they are not intended to be a part of the Plans. Should the installation require changes in design to accomodate subsurface conditions encountered, the extra cost, if any, for such changes shall be paid for by the City to the Contractor. It should be specifically understood, however, that determinations of adequacy of design are to be made solely by the Engineer. C-29 INGRESS AND EGRESS: The Contractor shall do his upmost to provide ingress and egress to all residences at all times. Ingress and agress shall be provided without Fail to adjacent properties when construction is not inprogress. To insure this, a detour and traffic control plan will be submitted by the Contractor and approved by the Engineer prior to construction. C-30 EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions which may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties, procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during the preparation of the Proposal and all unusual conditions which may give rise to later contingencies should be brought to the attention of the Owner prior to the submittal of the Proposal, ff C-31 WASTE MATERIAL: All excess excavation and other waste material shall be wasted at locations approved by the Engineer. Suitable material shall be placed on adjoining areas for fill. Unsuitable material including brush, limbs, etc. , from trees shall be disposed of off the site. All materials for fill on lots shall be spread in uniform layers over the area being filled and shall be placed in such a manner as to present a neat appearance and not to obstruct proper drainage or to cause injury to street improvements or to abutting property. C-32 PROTECTION OF TREES: The Contractor(s) shall be responsible for the protection of all trees that do not directly conflict with permanent improvements as determined by the Engineer. At Station 3+90 the two trees shown are not to be removed, but may have minor trimming done, otherwise to remain undamaged and in place. C-33 PIPE JOINTS AND GASKETS FOR ALL RCP USED ON PROJECT: Connecting joints shall be made using a felxible, trapped, watertight, rubber-type compression gasket. The gasket shall be the sole element of the joint depended upon to provide water tightness. r"Y", a. Basic Joint Details: The following table (Table II) of minimum dimensions shall be used by the City as one of the guides to determine the adequacy of any joint designs submitted by any manufacturer for approval by the City for pipe 18" through 60" in internal diameter. 11 r I I TABLE II !PF Internal Minimum Spigot/Tongue Diamater Thickness at Gasket F In inches Seat in Inches 18" 1.240 2111 1.375 2411 1.500 2711 1.562 3011 1.687 3311 1.790 36" 1.937 3911 2.000 421v 2.000 4511 2.000 4811 2.000 5411 2.000 IV" 601t 2.000 1. The taper on the conic surfaces (exclusive of seal I IV recesses, etc. ) of the inside of the bell or groove F, and the outer surface of the spigot or tongue,, measured from a longitudinal trace on the inside surface of the pipe, shall not be more than: (a) Three degrees for pipe 15" and less in internal diameter, nor (b) Two degrees for pipe larger than 15" in internal diameter. 2. The planes formed by the ends of non-beveled pipe shall not vary from the perpendicular to a longitudinal trace on the inside surface of the pipe by more than 3/16 inch for internal diameters 30" and smaller; or by more than 1/4" for internal diamaters 33" to 54", inclusive; or by more than 3/8" for internal diamaters 60" and larger. 3. Seal design for clay sewer pipe joints shall conform with ASTM C-425, and shall meet the City's specific approval. 4. Seal retainers for concrete pipe joints shall conform to ASTM C-443, and shall be of trapped 0-Ring design, with rp the following additions: IF r (a) The spigot or tongue shall be shaped to provide a groove within which the gasket will be largely confined when compressed. I PIP (b) The bell and spigot, or tongue and groove, ends of the pipe joints shall be accurately manufactured so that the width of the annular space between the gasket bearing surfaces, when the joint has been fully closed, shall not vary, at any point around the circumference of the pipe by more than plus or minus 6 percent of the uncompressed thickness of the gasket from that provided in the design. (c) The joint shall be designed such that the gasket is not IF required to support the weight of the pipe when the joint is in normally closed position, and with concrete- to-concrete contact between the outer surface of the spigot and the inner surface of the bell, the minimum annular space at the seat shall not be less than 50 per- I'M cent of the uncompressed thickness of the gasket, nor F E" more than 75 percent of the uncompressed thickness of the applied gasket. The uncompressed gasket thickness is defined as the smallest cross-section of the round gasket. 5. Sanitary sewer pipe joints shall meet the requirements of ASTM Specification C-425 regardless of whether pipe is manufactured of clay or concrete. 6. Adapters shall be supplied when jointing pipe of one manufacturer po to pipe of another manufacturer. b. Gaskets: Gaskets shall be of round 0-Ring design unless approved otherwise. 1. Gaskets for clay pipe shall be of the materials designated in ASTM Specification C-425. 2. Rubber-Type gaskets for concrete pipe shall be of the round 0- Ring design, and shall be extruded or molded and cured in such a manner that any corss-section will be uniform in density, homogeneous, and free of porosity, blisters, pitting and other imperfections. lflv` (a) The Gasket shall be a continous ring, which when in position in the gasket "seat" on the spigot or tongue end OFF of the pipe, shall not be stretcehd more than 25 percent of its original circumference, when seated on the spigot end of the pipe, except that on pipe 48" in diameter and larger, the gasket shall be stretcehd not more than 30 percent of its original circumference. (b) The gaskets shall be the product of a manufacturer having a successful experience record of at least five years in the manufacture of rubber type gaskets. All gaskets for sanitary sewer pipe shall be of acceptable synthetic rubber material. POW C-34 SEEDING, SODDING AND RESTORATION OF EXISTING LAWNS: As shown on Sheet 3, a portion of the improvements cross existin g front yards. These yards shall be restored to as close as originally found as possible by raking, leveling and Fill sodding. This restoration shall be subsidiary to the pipe work located within the area. Additionally, on Sheet 4, the construction will cross several tracts of land. These tracts shall also be restored to original levels and seeded in accordance with Spec. Item 120. This work will be subsidiary to the work performed in the area. C-35 REMOVAL OF RCP: Bid Item 14 through Item 18 are payment for remaining existing in place pipe. Under no circumstances will any of this pipe be reused on this project. C-36 REMOVAL OF EXISTING MANHOLE - BID ITEM NO. 19: Payment is made for completely removing manhole from the street, this manhole will not be reused on this project. Other manholes which are to be filled and lines plugged will be subsidiary items to "A NW, removal of RCP. C-37 EASEMENT REQUIREMENTS ALONG McKEE TRACT: As shown on Sheet 4 of the Plans, the construction crosses the Frank McKee Tract. Several Work Items are to be 711 accomplished as noted on the Plans. These items are: 1. Replace all fences removed. 2. Preserve two (2) large trees at approximate Station 3+90. 3. Doll house may be removed to place pipe, however, after construction the dollhouse is to be restored to original condition and location. 4. Tin barn will not be disturbed. 5. Protect where feasible all small trees. 6. Replace ground and swabs as found. 7. Reseed. All of these items will be subsidiary to the pipeline work. No bid item will be provided. GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance ff with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general quaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness. CERTIFICATE OF INSURANCE W� TO: Date /2 CITY OF FORT WORTH Project, No. T£NAS Type of 7 Fair Project. . ~ THIS IS TO CERTIFY THAT (Xame� and Address or Assure(D is, at the dace of this certificate, insured by this Company with respect to the business operations hereinafter described, for the type of Insurance and :n accordance with the provisions of the standard policies used by this Comp.�Ip. ` and further hereinafter described. Exceptions to standard policy noted on M� reverse side hereof. 11F'low, TYPE OF INSURANCE � Policy No. Effective Expires Limits f Liability Compensation -S Liability I Accident$ In f) V' 15 4­1 Automobile Other 0, ppi The foregoing PoliciesC(do)- do not ) cover all sub-contractors. Locations Covered: >\A.A Descriptions of Operations Covered: The above policies, either in the body thereof or by appropriate endorsement , provide that they may not be changed or cancelled by the insurer in less than [`ve days e{cer the insured has received written notice of such change or cancellation. �V When applicable local laws or regulations require more than five days ' actual notice of change or cancellation to the assured, the above policies contain such 0� special requirements, either in the body thereof or by . . . i t endorsement � thereto attached. m\8) (Name of Insurer) � B 3icl ` ' A_Q� A F-1 v r PERFORMANCE BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That we (1) a (2) L'e Company hereinafter callez Principal , and (3) Seaboard Surety , a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas o� hereinafter called Owner, in the penal sum of: P e 0?& 5;)( &,V'?d"le-� �, 9- Z // 0� Dollars in lawful money of the Untied States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. 7W THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the /,,,A day of A.D. 19 tl a copy ,of which is hereto attached and made a part/hereof, for the cqnstru�tion of -777 designated as Project Number. a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being hereinafter referred to as the "work". 101 NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specifications, and contract documents during the original term thereof, and any extensions thereof which may be granted K by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and ex pence which the owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. 1/', PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the speci- fications' accompanying the same shall in any wise affect its obligation on this 111F, bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the f. specifications. IN WITNESS WHEREOF, this instrument is executed in six counterpar a each one of which shall be deemed an original, this the /,Z/ day of ��j A•D•, 19 ,f Y Igo A ATTEST: L..... 1 BY: RONALD T. JONES Ilig- j2p__j.4gjj�j jolaigg— a pr fi"01/4%, M. Z11 (,Kddress-j (S E A Q (Address) SEABOARD SURETY COMPANY Surety ATTEST: BY: (Attorney-in-fact) 5) S-u-d=uck (Surety) Secretary NOTE: Date of Bond must not be r 01[ prior to date of Contract (S (1) Correct name of Contractor, (2) A Corporation, a Partnership or 4. an individual, as case may be Witness as t (3) Correct name of Surety 6-Sttre, Cqartersigned,b- (4) If Contractor is Partnership all Partners should execute bond (5) A true copy of Power of Attorney LJL4'ij Al J Curtis B. Roberts, Resident Agent shall be attached to bond by Attorney-in-Fact. PAYMENT BOND THE STATE OF TEXAS COUNTY OF TARRANT KNOW ALL MEN BY THESE PRESENTS: That we (1 ) .� _ of hereinafter called Principal, and (3) Seaboard Surety Company a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a t municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and cor- porations who may furnish materials for, or perform labor upon, the building 1 1, or improvements hereinafter referred to in the penal sum of: e4 ($ " °�°� .�/ a �" ) Dollars in 1 awf ul money of the /United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and r' truly to be made, we bind ourselves, our heirs, executors, administrators and successors jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the z Yr Owner, dated the day of � .� A. D. , 19 a copy of which is hereto attached and made a part hereof, for the construction of: a (- "Z a a ol designated as Project Number o, ;% � �, a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copied at length herein, such project and construction being j hereinafter referred to as the "work". J I NOW, THEREFORE, the condition of this obligation is such that, if the Principal shall promptly make payment to all claimants as defined in Article 5160 of the Revised Civil Statutes of Texas, supplying labor and materials in the prosecution of the work provided for in said Contract, then this obligation shall be null and void, otherwise it shall remain in full force and effect. THIS BOND IS MADE AND ENTERED into solely for the protection of all claimants supplying labor and material in the prosecution of the work provided for in said Contract, as claimants are defined in said Article 5160, and all such claimants shall have a direct right of action under the bond as provided in Article 5160 of the Revised Civil Statutes. PROVIDED FURTHER, that if any legal action be filed upon this band, venue shall lie in Tarrant County, State of Texas, and that the said Surety, for value rceived, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. PROVIDED FURTHER, that no final settlement between the Owner and IF the Contractor shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. IF IN WITNESS WHEREOF,, this instrument is executed in six counter- parts, ach one of which shall be deemed an original, this the day of "IMP A. D. 19.......... Principal (4) ATTEST: ....... .... r By RONALD T. JONES (SEAL) Vice President Eng;nesong, Witness as to Principal Address) ( Address) it 1 PIP w r, ATTEST: SEABOARD SURETY COMPANY caret y Secret ar y S uret y By joM Attorney-in-Fact Sue Buck (SEAL) P.O. Box 458 Troy Michigan 48099 Address) NOTE: Date of Bond must not be prior fitness as to Surety to date of Contract. (1) Correct name of Contractor P.O. Box 458 . (2) A Corporation, a Partnership or an individual, as case may Troy, Michigan 48099 be (3) Correct name of Surety y Address (4) If Contractor is Partnership, all partners should execute Countersigned by- bond. A. (5) A true copy of Power of Attorney shall be attached to bond by Attorney-in-Fact. Curtis B. Roberts, Resident Agent IJI + 1' i CITY OF FORT WORTH, TEXAS CONTRACT THE STATE OF TEXAS X KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT X That this agreement made and entered into this the day of — A.D. 19 < by and between the CITY OF FORT WORTH, a mu ic' al corporation of Tarrant County, Texas, organized and existing under and by virtue of a special charter adopted by the qualified voteru within said City on the 11th day of December, A.D. 1924, under the authority vested in-said voters by the "Home Rule" provision of the Constitution of Texas, and in accordance with a resolution duly passed at a regular meeting of the City Council of said City, and the City of Fort Worth being hereinafter termed Owner, and . . P%A(l , HEREINAFTER CALLED Contractor. WITNESSETH: That said parties have agreed as follows: 1. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith, the said Contractor t hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: �.O t 2. That the work herein contemplated shall consist of furnishing all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications 1 heretofore prepared by the Public Works Department of the City of Fort Worth and adopted by the City Council of said City, as an independent contractor, aftd— j 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten (10) days after being notified in writing to do so by the Public Works Director of the City of Fart Worth. Y C-1 YJ i 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereon and to fully complete and finish the same ready for the inspection and approval of the Public Works Director of the City of Fort Worth and the City Council of the City of Fort Worth within a period of working days from the time of commencing said work; that said Contractor shall be entitled to an extension of said time for doing said work for such time as he may necessarily lose or be delayed by unavoidable accidents caused by unforeseen matters over which said Contractor has no control, such as inclemency in the weather, acts of Providence, labor strikes and delivery of y materials, in all of which cases the negligence or carelessness of the Contractor not contributing to such delay. e 5. Jr, Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said specifications, then the City yshall have the right to take charge of and complete the work in such manner as it may deem proper, and if, in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a tart hereof, the Contractor shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6. The Contractor agrees to fully indemnify and save whole and harmless the City from all costs or damages arising out of any real or asserted claim or cause of action against it of whatsoever kind or character and in addition from any and ali costs or damages arising out of any wrongs, injuries, demands or suits for damages, either real er asserted, claimed against it that may be occasioned by any act, omission, neglect or misconduct or the said Contractor, his agents, servants, employees. And the said Contractor further agrees to comply with all applicable provisions of the laws and building and construction codes of the City of Fort Worth and the State of Texas, and with any regulations for the protection of workers which may be promulgated by the y Government, and shall protect such work with all necessary lights, barriers, safeguards, and warnings as are provided for in said specifications and the Ordinance and regulations of said City. 7. The Contractor agrees, on the execution of this contract, and before beginning work, to make, execute and oeLver to said City of Fort Worth, a good and sufficient surety bond for the faithful performance of the terms and stipulations of the contract, including the exhibit attached hereto and made a part hereof and such bond shall be 100 percent of the total contract price, and 11P, the said surety company shall be a surety company duly and legally authorized to do business in the State of Texas anc+ acceptable to the City Council of the City of Fort Worth. r 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the proposal submitted by the successful bidder hereto attached and made a part hereof. G 9. It is further agreed that the performance of this contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Public Works Director of said City of Fort Worth. �t 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. F 11. It is mutually agreed and understood that this agreement is made and IF entered into by the parties hereto with reference to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with reference to and governing all matters affecting this contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS WHEREOF, the City of Fort Worth has caused this ym instrument to be signed in triplicate in its name and on its behalf by the City 1, Manager and attested by its Secretary, with the corporate seal of the City of, Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in three counterparts with its corporate seal attached. �f Done in Fort Worth, Texas, this the :� ..' ay of , A.D., 19 APPROVED: CITY OF FORT WORTH JV PUBLIC� ORKS DIRECTOR AN GER ATTEST: m CITY SECRETARY BY: RONALD T JOtJ 5 (SEAL) A P AS T D OVE l O F RM AND LEGALITY: �� M� TITLE � � ,R „ Y . ADDRESS . ITY COUNCIL :L .,CITY A TORN November 1960 Reissuea October 1979 t....M rr E]Gcre t 1. ' C-3 itY of Fort Worth, Texas Mayor and Council Communication DATE REFERENM SUBJECT: I �fMOEff Belief for 1.a "Valle Grande and PAG 4/12/83 **C4841 friars Square Addition : of w „� Can August 25, 198 (M&C C-5836), the City Council authorized the City Manager to execute City Contract No. 11981 between the City and Graham Associates, Inc., to perform an engineering study and design required for flooding relief. Construction funding for the project was later authorized as part of the 1932-84 Capital Improvement program. I!Rrovem,en,ts Improvements from this project will come in the form, of storm drain systems. Facilities will pick-up storm water at selected intersections and route the water around congested downstream systems and outfall the water outside of the sub-division. Extra capacity will be provided by upgrading a portion of the interior drainage system. The storm drain facilities consist of 2,805 feet of concrete pipe and appurtenances. Receipt of Bids The project was advertised for bids on March 3 and 10, 1983, and the following bid's were received on Larch 24, 1983, with 55 working days allotted to complete the project. Bidder Amount Stolaruk Corp. .30 :.,6 8.15 I"anzo Construction Co. 318,278.00 Lewis and Lewis, Inc. 327,295.25 L. D. Conatser Contractors 345,534.25 Hall Construction Co., ;Inc.. 347,140.00 J. L. Bertram Construction, Inc. 374,429.85 ' Atkins Bros. Equipment Co., Inc:. 389,700.00 Project Cost and ""inancin The nature of this project is such that no assessments will be levied. A bond fund transfer to cover construction costs is required from "Storm Drains Unspecified" to supplement funds already in the project account. City testing, inspection and administrative costs will require a bond fund transfer from "Engineering Unspecified" account to :meet these expenses. Recommendations It is recommended that: 1) The following bond fund transfers be approved: DATE REFERENCE SUBJECT, war t antra t — RUE TIME PAGE NUMBER Relief for La Valle Grande and 4/12/83 C- Ng41 Friars Square Addition aN. .., .. From To Amount Reason 030-028-901-00 030-028803-00 3,000 To supplement construc- Storm Drains La Valle Grande tion funds in the pro- Unspecified and Friars Sq. j ct account. Storm Drain 013-095-901-00 013-028803-00 $15,000 To finance City inNspe;c- Engineering La Valle Grande tion, testing and adm n- Unspecified and Friars Sq. istrative costs. Storm Drain 2 A construction contract be awarded to Stolaruk Corp., based on their to 'aid in the amount of $301,648.15. 6 DAI d aN,.. NIJaMNT EO 'FOR THE o,i SPO NT4N N BY ttH;NRx PROCESSED BY ��APPR0 VEO dTY MANAGER'S OFFICE BY —..a . ONRNGMA"N"MG ".0 THER (DESCIORO DEPARTMENT HEAo: Gary Santer're CRTN SECRETARY FOR ADOMONVAL INFORMATION CONTAM Jim Anderson Ext., 79Q6 DATE